The Contract Authority requires IBM and HCL Licence Reseller Services to allow for the purchase of new licences, the re-instatement of licences and the renewal of annual subscription and support on the Department's current suite of licences
Deadline
The time limit for receipt of tenders was 2021-09-06.
The procurement was published on 2021-08-04.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โRequest for Tenders for the Provision of IBM & HCL Licence Reseller Services
RFT # 195908โ
Products/services: Software-related services๐ฆ
Short description:
โThe Contract Authority requires IBM and HCL Licence Reseller Services to allow for the purchase of new licences, the re-instatement of licences and the...โ
Short description
The Contract Authority requires IBM and HCL Licence Reseller Services to allow for the purchase of new licences, the re-instatement of licences and the renewal of annual subscription and support on the Department's current suite of licences
Show more
Estimated value excluding VAT: EUR 1 200 000 ๐ฐ
1๏ธโฃ
Additional products/services: Software package and information systems๐ฆ
Place of performance: รire/Ireland๐๏ธ
Description of the procurement:
โThe Contract Authority requires IBM and HCL Licence Reseller Services to allow for the purchase of new licences, the re-instatement of licences and the...โ
Description of the procurement
The Contract Authority requires IBM and HCL Licence Reseller Services to allow for the purchase of new licences, the re-instatement of licences and the renewal of annual subscription and support on the Department's current suite of licences
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 1 200 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 12
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals: One option to extend for 12 months.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 195908.โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-09-06
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 3
Conditions for opening of tenders: 2021-09-06
12:00 ๐
Complementary information Information about electronic workflows
Electronic invoicing will be accepted
Review body
Name: High Court
Postal address: Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง Review procedure
Precise information on deadline(s) for review procedures:
โInstrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned...โ
Precise information on deadline(s) for review procedures
Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the Contracting Authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that public contract.
Show more
Source: OJS 2021/S 152-404846 (2021-08-04)
Additional information (2021-08-31)
Complementary information Original notice reference
Notice number in the OJ S: 2021/S 152-404846
Changes Text to be corrected in the original notice
Section number: IV.2.2)
Old value
Date: 2021-09-06 ๐
Time: 12:00
New value
Date: 2021-09-14 ๐
Time: 12:00
Other additional information
โTime limit for receipt of tenders or requests to participate
Date: 14/09/2021
Local time: 12:00โ
Source: OJS 2021/S 171-447381 (2021-08-31)
Contract award notice (2021-12-21) Contracting authority Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 1 200 000 ๐ฐ
Award criteria
Quality criterion (name):
โA1 Tenderers must provide details of the tools available for managing licences and licence requests such as portals, dashboards and the processes in place...โ
Quality criterion (name)
A1 Tenderers must provide details of the tools available for managing licences and licence requests such as portals, dashboards and the processes in place for agreement management.
Show more
Quality criterion (weighting): 40
Quality criterion (name):
โA2 Tenderers must provide details of an account management team and a dedicated account manager.โ
Quality criterion (weighting): 30
Quality criterion (name):
โA3 Tenderers must provide details of their Customer Service including their Customer Service Representatives, Service Level Agreements and response...โ
Quality criterion (name)
A3 Tenderers must provide details of their Customer Service including their Customer Service Representatives, Service Level Agreements and response timescales for orders
Show more
Quality criterion (name):
โB1 Tenderers must provide details of their presales services including but not limited to; understanding and analysing licence requirements, detailed...โ
Quality criterion (name)
B1 Tenderers must provide details of their presales services including but not limited to; understanding and analysing licence requirements, detailed knowledge of the product suite
Show more
Quality criterion (weighting): 75
Quality criterion (name):
โB2 Tenderers must provide details of their proposed aftersales service including but not limited to; ongoing support, on boarding, agreement management,...โ
Quality criterion (name)
B2 Tenderers must provide details of their proposed aftersales service including but not limited to; ongoing support, on boarding, agreement management, expiry reminders, usage of licences, training
Show more
Quality criterion (name):
โB3 Contracting Authority requires expert licensing advice in relation to purchases, renewals and re-instatements. Tenderers must provide evidence to show...โ
Quality criterion (name)
B3 Contracting Authority requires expert licensing advice in relation to purchases, renewals and re-instatements. Tenderers must provide evidence to show how such advice was successfully provided
Show more
Quality criterion (weighting): 50
Cost criterion (name): C Cost
Cost criterion (weighting): 700
Procedure Administrative information
Previous publication concerning this procedure: 2021/S 152-404846
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Request for Tenders for the Provision of IBM & HCL Licence Reseller Services
Date of conclusion of the contract: 2021-12-07 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Logicalis Ireland
National registration number: ie6570959j
Postal address: 62 Heather Road, Sandyford, Dublin 18
Postal town: Dublin
Postal code: Dublin
Country: Ireland ๐ฎ๐ช
Phone: +353 878387873๐
E-mail: davidohagan@ie.logicalis.com๐ง
Region: รire/Ireland๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 200 000 ๐ฐ
Source: OJS 2021/S 250-663952 (2021-12-21)